Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

99 -- Microgen Campylobacter latex agglutination test kits - Documents

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
 
ZIP Code
20705
 
Solicitation Number
AG-3A94-S-17-0025
 
Archive Date
6/27/2017
 
Point of Contact
Brenda Barber, Phone: 3015043996
 
E-Mail Address
brenda.barber@fsis.usda.gov
(brenda.barber@fsis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449 Statement of Work SF1449 Continuation Evaluation Criteria Instructions USDA, Food Safety and Inspection Service (FSIS) has a requirement for Microgen Campylobacter Latex Kit. Microgen Campylobacter Latex Agglutination Test Kits which meets the requirements in the attached Statement of Work (Attachment 1). The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Firm-Fixed-Price (FFP) Task Orders with a 1-year base and four 1-year options. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 95 (January 19, 2017). The NAICS Code and the small business size standard for this procurement are 325413/500 employees respectively. The offeror shall state in their offer their size status for this procurement. This is a small business set aside. Offerors shall provide the information required by FAR 52.212-1 (January 2017), Instructions to Offerors-Commercial, which is incorporated by reference. Full text may be accessed electronically at : http://www.acquisition.gov/far/. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. See (Enclosure 1) for additional proposal instructions for offerors (Addendum to FAR 52.212-1). Any questions or comments regarding this solicitation shall cite the solicitation number and be submitted in writing (e-mail or fax) to Brenda Barber not later than 2:00 p.m. (Eastern Standard Time), June 12, 2017. E-mail address is Brenda.Barber@fsis.usda.gov. Fax number is 301-504-4276. Telephone questions will not be accepted. Evaluation of quotes selection and award will be based on the evaluation criteria stated in the attached document "Evaluation Criteria" (Enclosure 2). Offerors must be registered in SAM via the website at http://sam.gov. In addition, see SF1449 Continuation (Enclosure 3) for contract clauses that will be incorporated into this anticipated IDIQ FFP Task Order Contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/AG-3A94-S-17-0025/listing.html)
 
Place of Performance
Address: Various location, United States
 
Record
SN04505818-W 20170513/170512000431-a6845eed2cd5dbf7bb096cd2c6edc96a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.